DLA POLICE CENTER APPLICATION SOFTWARE
ID: SP4701-25-R-0004Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEFENSE LOGISTICS AGENCYDCSO PHILADELPHIAPHILADELPHIA, PA, 19111, USA

NAICS

Other Computer Related Services (541519)

PSC

IT AND TELECOM - BUSINESS APPLICATION/APPLICATION DEVELOPMENT SOFTWARE AS A SERVICE (DA10)
Timeline
    Description

    The Defense Logistics Agency (DLA) is seeking proposals for the development of Police Center Application Software under solicitation number SP4701-25-R-0004. This procurement aims to enhance the operational capabilities of the DLA Police Center by acquiring essential software and hardware services from specified manufacturers, primarily Caliber Public Safety and MicroAutomation, Inc., over a five-year period. The contract will cover a base period from May 16, 2025, through May 15, 2026, with four optional renewal years, and is expected to comply with federal regulations, including accessibility standards as outlined in the Revised Section 508 of the Rehabilitation Act. Interested vendors must submit their proposals via email to the designated contacts, Vince Palmarini and Christopher P. Lawrence, by April 16, 2025, at 1:00 PM Eastern Time.

    Point(s) of Contact
    Christopher P. Lawrence
    Christopher.Lawrence@dla.mil
    Files
    Title
    Posted
    The document outlines a Request for Proposals (RFP) for the DLA Police Center, detailing the procurement of various items and software services over a five-year period. The primary focus is on the acquisition of hardware and software from two main manufacturers, Caliber Public Safety and MicroAutomation, Inc. The agreement includes four option years that extend procurement beyond the base contract period of May 16, 2025, to May 15, 2026. Key items listed include quantities of public safety equipment and various parts for emergency response and computer-aided dispatch systems. Each item’s intended lifespan is established with specific timelines for availability, from initial contracts through multiple option years. Additionally, the document outlines specific software services and their associated costs over the contract period. This RFP serves to enhance the capabilities of the DLA Police Center, ensuring adequate provisions for law enforcement operations while maintaining adherence to budgetary requirements. Vendors are expected to provide detailed pricing and completed units in accordance with outlined specifications, as the RFP aligns with federal grant funding and compliance standards essential for public safety services.
    The document provides a comprehensive guideline for completing the Voluntary Product Accessibility Template® (VPAT®) EN 301 549 Edition, serving as a tool for vendors to report their products' conformance to accessibility standards. It outlines the purpose of the VPAT, which is to document compliance with major accessibility standards like WCAG and EN 301 549, facilitating assessments by customers for public procurement of Information and Communication Technology (ICT) products. Key sections include essential requirements for crafting the Accessibility Conformance Report, which stipulates minimum content requirements, evaluation methods, and terminology to be used. Additionally, the document stresses best practices for vendors, including branding, revisions, and the necessity to maintain a clear and accessible format throughout the report. Vendors are advised to ensure their reports align with specified accessibility standards, fully disclosing level of conformance through clear, structured tables. The guidance aims to improve consistency and accuracy in reporting product accessibility, ultimately supporting compliance with federal and local government contracting requirements. This ensures enhanced access for individuals with disabilities and aligns with governmental objectives in fostering inclusivity in technology.
    The document outlines the Information and Communications Technology (ICT) Accessibility Requirements per the Revised Section 508 of the Rehabilitation Act, specifically related to software maintenance services and ICT support. It emphasizes that all ICT support documentation and services must adhere to specified standards for accessibility, including help desks, training services, and self-service technical support. Key functional performance criteria include providing accessible modes of operation for users with various disabilities, such as visual, auditory, and physical limitations. Additionally, the report mandates that accessibility features are clearly communicated to support service users, ensuring accommodations for all communication needs. The Accessibility Requirements Report should be included in relevant solicitation documents, guiding procurement processes according to the Revised 508 Standards Toolkit. This file serves to ensure compliance with accessibility requirements, highlighting the federal government's commitment to inclusivity in ICT services for individuals with disabilities. It establishes essential criteria and expectations for agencies involved in ICT procurement and support, reflecting the government's overarching goal of fostering equal access to information technology.
    The document outlines a federal acquisition strategy for software licenses and maintenance support related to the Caliber and MicroAutomation brands, essential for the Defense Logistics Agency's (DLA) Police Operations Center (POLC) application. The estimated value for a 12-month base year, along with four 12-month option years, will be funded using FY25 appropriations. The acquisition is executed under Title 41, U.S.C. 3304(a)(1), which allows for limited competition due to the unique qualifications of the vendor, making alternative solutions impractical. Market research confirmed that only Caliber and MicroAutomation products meet the necessary requirements for DLA's cybersecurity needs. An unrestricted Request for Proposal (RFP) will be posted on SAM.gov to solicit offers from all potential sources, including authorized resellers. The intent is to acquire fair and reasonable pricing through competitive proposals analysis, leveraging price comparison techniques. Despite ongoing efforts to foster competition, at present, no viable alternatives to the specified brand names have emerged. The DLA is committed to evaluating new technologies and vendors to enhance future procurement opportunities. This document reflects the agency's efforts to meet operational requirements while adhering to federal regulations regarding procurement processes.
    The Defense Logistics Agency (DLA) has issued a Request for Quotation (RFQ) for the development of DLA Police Center Application Software under solicitation number SP4701-25-R-0004. This RFQ is issued as an unrestricted acquisition, identified by NAICS code 541519, and invites offers from certified dealers or resellers. Quotes are due by April 16, 2025, at 1:00 PM Eastern Time, directed to the designated contracting officers via email. The evaluation criteria are based on the lowest price technically acceptable, ensuring that each proposal meets all aspects of the government's requirements outlined in the accompanying Bill of Materials (BoM) and Statement of Work (SOW). The contract will cover a base period from May 16, 2025, through May 15, 2026, with four optional renewal years. Provisions from the Federal Acquisition Regulation (FAR) apply, including clauses concerning compliance and reporting requirements. The selection process aims to ensure that the selected contractor complies with various federal mandates while facilitating the timely acquisition of the necessary software for DLA operations. This effort underscores the DLA's commitment to enhancing its operational capabilities within regulatory frameworks.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    Heavy Equipment Program - Construction Equipment SPE8EC25R0005
    Buyer not available
    The Defense Logistics Agency (DLA) Troop Support is seeking proposals for the Heavy Equipment Program under solicitation SPE8EC25R0005, which aims to establish multiple Indefinite Delivery/Requirements Contracts for commercial construction equipment and related support. This continuous solicitation, open until January 3, 2035, requires offerors to submit comprehensive proposals that include commercial price lists, discount structures, catalogs, and invoices, with a focus on various types of construction equipment such as wheel loaders, backhoe loaders, and motor graders. The awarded contracts will facilitate the procurement of essential construction equipment for military and defense operations, ensuring a reliable supply chain for critical projects. Interested vendors must submit their proposals by January 3, 2035, at 4:00 PM EST, and can contact Angela Beschner at Angela.Beschner@dla.mil or Robert F. Spadaro, Jr. at robert.spadaro@dla.mil for further information.
    DLA Commercial Solutions Opening (CSO) FY2026
    Buyer not available
    The Defense Logistics Agency (DLA) is conducting a Commercial Solutions Opening (CSO) for the fiscal year 2026, inviting proposals for innovative solutions to enhance its logistics support activities. The primary objective is to solicit Solution Briefs that address various Areas of Interest (AOIs), particularly focusing on developing Engineering Support Activities (ESA) approvable Level 3 Technical Data Packages (TDPs) for hard-to-procure or non-procurable parts, which are critical for maintaining the readiness of military services and other authorized customers. Interested offerors must submit unclassified Solution Briefs by March 13, 2026, using the provided template, and are encouraged to frequently check for updates on the AOIs. For inquiries, contact Thomas J. Walsh at Thomas.walsh@dla.mil or Lauren Runowski at Lauren.Runowski@dla.mil; please note that no funding is available for proposal submissions, as funds will only be disbursed after a signed contract.
    Purchase of iText by Apryse Maintenance
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA) Information Operations, is seeking to procure the brand-name specific iText Suite by Apryse software along with associated technical support and maintenance. This software is essential for integrating the creation and management of PDFs with DLA applications, ensuring compatibility with existing licenses and specialized support needs. The procurement will be conducted as a firm-fixed-price delivery order with a base year and two option years, covering the period from December 2025 to December 2028, with proposals evaluated based on the lowest-priced, technically acceptable criteria. Interested vendors should direct inquiries to Josh Stolle at Josh.Stolle@dla.mil or call 215-737-8600, with key submission deadlines set for December 5, 2025, for technical questions and December 8, 2025, for all offers.
    DLA Research and Development; Acquisition Modernization Technology Research (AMTR) SP4701-23-B-0001
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA), is seeking proposals for the Acquisition Modernization Technology Research (AMTR) program under solicitation SP4701-23-B-0001. This initiative aims to enhance defense acquisition processes by identifying and implementing IT modernization efforts and advanced technologies that align with strategic focus areas, particularly in logistics and supply chain management. The AMTR program is critical for addressing the evolving operational requirements of the DLA, with a projected funding of up to $50 million per year for three years, covering Fiscal Years 2024-2026. Interested vendors must submit full cost and technical proposals via email to the designated contacts by the initial closing date, with the BAA remaining open for five years and subsequent opportunities for White Papers after the initial evaluation period.
    DLA Emergent IV Research and Development Program
    Buyer not available
    The Defense Logistics Agency (DLA) is seeking proposals for the Emergent IV Research and Development Program, a Broad Agency Announcement (BAA) aimed at advancing innovative research in various areas of interest, including medical logistics, advanced manufacturing, and artificial intelligence applications. The program invites interested parties to submit "White Papers" that outline specific projects related to the identified areas, with the potential for selected submissions to lead to requests for full technical and cost proposals. This initiative is crucial for enhancing the DLA's logistics capabilities and operational efficiency, with a total funding ceiling of $125 million over a five-year period. Interested vendors can reach out to the DLA's R&D Mailbox at RandD.DCSO@dla.mil for further inquiries, and must adhere to the established submission timelines, with key deadlines for White Papers set for April 19 and April 26, 2024.
    DLA MedSurg Prime Vendor Gen VI
    Buyer not available
    The Defense Logistics Agency (DLA) is seeking proposals for the Medical Surgical Prime Vendor (Med/Surg PV) Program, which aims to provide a comprehensive range of medical and surgical supplies across three Global Regions: North, South, and West. This procurement involves the establishment of Firm Fixed-Price Indefinite Delivery/Indefinite Quantity (IDIQ) contracts for both Primary and Backup Prime Vendors, with a focus on delivering commercially available off-the-shelf medical supplies to various military and federal healthcare facilities. The selected vendors will play a crucial role in ensuring the readiness and availability of essential medical products, supporting the operational needs of the Army, Air Force, Navy, Marine Corps, and other federal agencies. Interested offerors must submit their proposals electronically via the DLA Internet Bid Board System (DIBBS) by December 10, 2025, at 3:00 PM Local Philadelphia Time, and are encouraged to attend a virtual pre-proposal conference scheduled for October 22, 2025. For further inquiries, contact Beatrice Lopez-Pollard at beatrice.lopez-pollard@dla.mil or Joshua Tankel at Joshua.Tankel@dla.mil.
    NETWORK SECURITY PR
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency, is soliciting proposals for the procurement of network security hardware and software under the title "NETWORK SECURITY PR." This contract encompasses the manufacture and quality assurance requirements for electronic computer manufacturing, specifically focusing on IT and telecom servers and perpetual license software. The goods and services sought are critical for ensuring the security and integrity of defense logistics operations. Interested vendors should direct inquiries to Shane Wisor at 445-737-1148 or via email at SHANE.WISOR@DLA.MIL, with proposals expected to adhere to the outlined specifications and requirements.
    DLA Commercial Price List Market Research
    Buyer not available
    The Defense Logistics Agency (DLA) is conducting market research to identify potential sources for developing commercial price list contracts to support the military branches with class IX commercial items. The DLA seeks capability packages from manufacturers, including small businesses and various disadvantaged business categories, to fill its commercial price list pipeline, which aims to reflect commercial marketplace standards through a FAR 12 long-term requirements contract. Interested firms are required to submit detailed information, including a commercial price list in an organized .xlsx format, and respond to specific questions regarding their distribution preferences and delivery capabilities. For further inquiries, interested parties can contact Tyler Bender at tyler.bender@dla.mil or Brandon McCoy at Brandon.McCoy@dla.mil.
    SPRRA224R0081 PATRIOT SPARES – LOCKHEED MARTIN SOLE SOURCE
    Buyer not available
    The Defense Logistics Agency (DLA) is soliciting proposals for the procurement of supplies related to the Patriot Missile System, with Lockheed Martin identified as the sole source provider for specific items. The procurement involves a Firm Fixed Price supply contract, emphasizing compliance with military specifications, including First Article Testing (FAT) and strict packaging requirements. This opportunity is critical for maintaining the operational readiness of defense systems, ensuring that high-quality materials are sourced from established suppliers. The proposal due date has been extended to January 14, 2026, at 3:00 PM, and interested parties should contact Theresa Beshenich at theresa.beshenich@dla.mil or Becky Brady at becky.brady@dla.mil for further information.
    Logistics Technology Research (LTR) Program
    Buyer not available
    The Defense Logistics Agency (DLA) is seeking proposals for the Logistics Technology Research (LTR) Program, aimed at enhancing logistics processes to support Department of Defense (DoD) weapon systems through innovative research and development. The program focuses on the application of emergent technologies and innovative business practices to improve capabilities in areas such as planning, procurement, and order fulfillment, particularly related to the management of weapon system parts in Supply Class IX. With a funding allocation of up to $7 million per year for five years for Short Term Projects (STPs), the program encourages participation from small and disadvantaged businesses and will initiate a 45-day period for the submission of White Papers, followed by invitations for full proposals from selected submitters. Interested parties can contact Emily Linico at emily.linico@dla.mil or 215-737-3748 for further information.